Tender

Tracheostomy Tubes and Accessories

  • NHS National Services Scotland

F02: Contract notice

Notice identifier: 2023/S 000-027437

Procurement identifier (OCID): ocds-h6vhtk-04017d

Published 18 September 2023, 8:54am



Section one: Contracting authority

one.1) Name and addresses

NHS National Services Scotland

Swinhill Avenue

Larkhall

ML9 2QX

Contact

Steve Graham

Email

steve.graham@nhs.scot

Telephone

+44 1698794407

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nss.nhs.scot/browse/procurement-and-logistics

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tracheostomy Tubes and Accessories

Reference number

NP189/23

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

The supply and delivery of Tracheostomy Tubes and Accessories to all entities constituted pursuant to the National Health Service

(Scotland) Act 1978, (i.e. All NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS organisation established

pursuant to the NHS (Scotland) Act 1978)and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working)

Scotland Act 2014.

Tenders may be submitted for one or more lots

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Adult Tracheostomy Tubes

Lot No

1

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Supply and delivery of Adult Tracheostomy Tubes, including but not limited to, Cuffed, Un-Cuffed, Silicone, PVC, etc. to all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. All NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014). Full details available in ITT Documents. Lot 1 - Adult Tracheostomy Tubes - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).

two.2.5) Award criteria

Quality criterion - Name: Product clinical, functional, performance evaluation / Weighting: 50%

Cost criterion - Name: Cost / Weighting: 50%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public

contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Tracheostomy Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The supply and delivery of Tracheostomy Accessories including but not limited to Tracheostomy HME's, Speaking Valves, Tube Holders,

Dressings, Protectors and Cleaning Swabs to all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. All

NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS organisation established pursuant to the NHS

(Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 ).

Full details available in ITT documents.

Lot 2 - Tracheostomy Accessories - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential Framework

Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of

this ITT).

two.2.5) Award criteria

Quality criterion - Name: Product clinical, functional and performance evaluation / Weighting: 50%

Cost criterion - Name: Cost / Weighting: 50%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public

contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Neonatal and Paediatric Tracheostomy Tubes

Lot No

3

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Supply and delivery of Neonatal and Paediatric Tracheostomy Tubes, including but not limited to, Cuffed, Un-Cuffed, Silicone, PVC, etc. to all entities

constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. All NHS Scotland Health Boards, Special Health Boards and

the Authority or other NHS organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established

pursuant to the new Public Bodies (Joint Working) Scotland Act 2014). Full details available in ITT Documents.

Lot 3 - Neonatal and Paediatric Tracheostomy Tubes - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential

Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the

provisions of this ITT).

two.2.5) Award criteria

Quality criterion - Name: Product clinical, functional, performance evaluation / Weighting: 50%

Cost criterion - Name: Cost / Weighting: 50%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public

contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,

the types and levels of insurance indicated below:

Minimum level(s) of standards possibly required

Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum

Public Liability Insurance GBP 5,000,000 minimum

Professional Indemnity Insurance GBP 5,000,000 minimum

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Applicable to all lots;

- All tendered products must fully comply with the Requirement Documents included within the tender.

- If awarded to the Framework Potential Framework Participants must provide evidence that tendered products are UKCA/CE marked complying

with Medical Device Directive 93/42/EEC. Evidence should be in form of a certificate of compliance issued by a UKAS (or equivalent)

accredited independent third party.

- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturing organisation

hold ISO 13485 certification or equivalent. All companies within the supply chain are approved to ISO9001 or equivalent, or ISO 13485 or

equivalent.

- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturer meets the

Environmental standard ISO 14001 or equivalent.

- All tendered pricing must be inclusive of delivery.

- Potential Framework Participants must confirm

a) that they are be able to start supply of products within 30 days from notification of award.

b) that they will hold a minimum of 30 days stock at all times and be able to deliver within 5 working days as routine with delivery within

24 hours if occasionally required.

c)If you are tendering for Lot 2 - Tracheostomy Accessories, confirm that you can tender at least 3 of the 7 product groups listed in the

'Price Schedule'.

d)that they will submit, free of charge, samples of products tendered for evaluation as detailed in the price schedule.

e)that in the event of a complaint being raised, investigations will take place and findings will be reported to complainant within 30 days

from receipt.

f)that if required they can have suitably qualified and experienced training and/or support staff available within 48 hours to all geographical

areas in Scotland. Training staff must include a product specialist/registered nurse and be validated and a record of the training provided

must be given to each staff member.

g)that following award of the contract, contact Health Boards to identify where training and or support is required to support

implementation of any product changes required. This should lead to the development of an implementation plan to support these changes

which includes details of the level of training required, who will provide it, where and when they will provide it and to which staff

members. The Potential Framework Participant must also detail the name and position of the person within the Health board who has

agreed to this training provision.

h)that following award your local representative you will be available to meet with National Procurement and local implementation leads.

NHS Scotland target will be to have any change associated with implementation complete within 3 months of contract award.

I)must provide details on numbers of products sold within last 12 months and country(ies) of sale. It is expected that products will have

been sold in a location with similar Health care standards to NHSS. The information provided here should give confidence that products are

in widespread use in areas with similar standards of healthcare provision. For innovative products and new products to the market, the

Potential Framework Participant must provide appropriate clinical evidence.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 October 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 October 2023

Local time

12:00pm

Place

National Procurement, 2 Swinhill Avenue, Larkhall, ML9 2QX


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of

community benefits provision in relation to this framework.

Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary

of the community benefits that have recently been delivered within NHS Scotland, if at all, and also what impact and outcomes these have

achieved.

Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part

of this contract is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland’s

Community Benefit Gateway( CBG ). This gateway, developed through requests from suppliers seeking opportunities to support the

delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free

and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be

used for tracking and reporting and is approved compliant route to the realisation of community benefits.

For further information please visit -

https://www.nss,nhs,scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

(SC Ref:744805)

six.4) Procedures for review

six.4.1) Review body

The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority")

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Telephone

+44 1698794504

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made)

applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information,

a summary of the reasons why the economic operators was unsuccessful. The notification will incorporate a ‘standstill period’ of a

minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which

the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant framework agreement. The

bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into

the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to

an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the

setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the

Authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition

of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise, the remedies that may be

awarded by the courts where the framework agreement has been entered into are limited to the award of damages.